Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2004 FBO #0979
SOLICITATION NOTICE

Y -- Design-Build of FCI and FPC to be located in southern West Virginia t

Notice Date
7/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Justice, Bureau of Prisons, Construction Contracting, 320 First Street, NW, Room 5002, Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
X00-0519
 
Response Due
8/16/2004
 
Archive Date
8/31/2004
 
Point of Contact
Shereen Turner, Contracting Officer, Phone 202-307-0954, Fax 202-616-6055, - Tora Bunch, Contracting Officer, Phone 202-307-0954, Fax 202-616-6055,
 
E-Mail Address
sturner@bop.gov, tbunch@bop.gov
 
Description
This is a pre-solicitation notice. The Federal Bureau of Prisons (BOP) anticipates award of a Firm-Fixed Price Design-Build contract with award fees for the design and construction of a medium security level Federal Correctional Institution (FCI) and Federal Prison Camp (FPC) to be located in southern West Virginia. The scope of work includes all architectural, engineering, construction and other related services necessary to provide a new federal correctional facility. The proposed project is currently planned to consist of a group of buildings in a ?campus plan? arrangement with related site utilities and site development. This FCI and FPC will have a combined gross building area of approximately 70,000 square meters and be designed to house and support a total of approximately 1300 inmates. In accordance with Executive Order 13123 - Greening of the Government Through Efficient Energy Management, the project requirements may include renewable and sustainable energy initiatives. The anticipated performance period of this project is 940 calender days after the notice to proceed is issued. The estimated magnitude of this project is more than $75,000,000. For consideration on this project the offeror at a minimum must be a firm or joint venture with experience, individually or as a member of a team, successfully and satisfactorily completing a project of similar size and scope. All responsible sources may submit a proposal which will be considered. For the design member of the design-build team, the architect-engineer firm, or the principal or lead A/E firm of a joint venture, must have an existing major active office, which will have responsibility for the plans and specifications, located within the State of West Virginia . The design of the architectural, structural, mechanical, electrical, civil, or other engineering features of the work shall be accomplished or reviewed and approved by architects or engineers registered to practice in the particular professional field involved in the State of West Virginia . Participation by architects, engineers, consultants and subcontractors located within the State of West Virginia is encouraged. Participation by small, small-disadvantaged, HUBZone small businesses, woman-owned small businesses, veteran-owned businesses, and service disabled veteran-owned small businesses is encouraged. The Offerors included in Phase Two will be required to submit a subcontracting plan for this procurement regarding the utilization of small, small-disadvantaged, woman-owned small, veteran-owned small businesses, and service disabled veteran-owned small businesses. The FBOP will be utilizing two-phase Design-Build selection procedures. This notice is not a request for proposals. Interested offerors may request and obtain a Phase One solicitation of the two phase process, distributed solely through the General Services Administration?s Federal Business Opportunities web site http://www.fedbizopps.gov. Hard copies of the Phase One solicitations will not be available. The web site provides downloading instructions. All future information regarding this acquisition, including solicitation amendments, will also be distributed solely through this web site. Interested parties are responsible for monitoring the web site to ensure they have the most up-to-date information regarding this acquisition. Phase One solicitations will be issued in August of 2004. The Phase One proposal due date will be identified in the Phase One Solicitation. The Phase One solicitation will provide the scope of work, and the following evaluation factors including subfactors, which are all in descending order of importance: Past Performance (Sub-factors: Past Performance Quality Control and Quality Assurance, Relevance of Past Performance, Demonstrated Commitment of Team Members and Key Personnel, and Performance Problems), Technical Qualifications and Technical Approach. Phase One qualification proposals will be evaluated to determine which firms will be selected as offerors for Phase Two. Phase Two participants will submit competitive past performance, technical, small business and price proposals as defined in the Phase Two solicitation. The Phase Two evaluation factors, in descending order of importance are: Past Performance (descending order Sub-factors: Past Performance Quality Control and Quality Assurance, Relevance of Past Performance, Demonstrated Commitment of Team Members and Key Personnel, and Performance Problems); Preliminary Design and Proposed Technical Solutions; Proposed Organization and Key Personnel, Consultants and Subcontractors (descending order Sub-factors: Project Team Organization, Design-Build Offeror including Key Personnel, Consultants and Sub-contractors including Key Personnel); Management and Scheduling Approach, including Quality Control and Quality Assurance (descending order Sub-factors: General Approach including Team Coordination and Quality Control and Quality Assurance, Proposed Design-Build Schedule and Monitoring of the Schedule, Planning for Project Completion); Small Business Subcontracting. These evaluation factors are significantly more important than Price, however, as proposals become more equal, price becomes more important and may be a determining factor for award. Additional or Bonus points may be awarded for Technical, Past Performance, and/or Small Business Subcontracting proposals. Faith-Based and Community-Based Organizations have the right to submit offers/bids equally with other organizations for contracts for which they are eligible. The point of contact for inquiries and clarifications is Shereen Turner, Contracting Officer, Federal Bureau of Prisons, Construction Contracting Section, 320 First Street NW, Room 500-2, Washington, D.C. 20534. (Send EXPRESS Mail to 500 First Street NW, remainder of address as above). The point of contact can be reached at (202) 307-0954 and receive a fax at (202) 616-6055. No collect calls will be accepted. No telephone calls for solicitations will be accepted.
 
Place of Performance
Address: Federal Bureau of Prisons, Construction Contracting Section, 320 First Street, N.W., Room 500-6, Washington, D.C.
Zip Code: 20534
Country: USA
 
Record
SN00633732-W 20040801/040730211930 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.